Awarded contract

AFBI - Provision of Field Surveyors

  • Agri-Food and Biosciences Institute

F03: Contract award notice

Notice reference: 2023/S 000-019029

Published 4 July 2023, 2:49pm



Section one: Contracting authority

one.1) Name and addresses

Agri-Food and Biosciences Institute

Newforge Lane

BELFAST

BT9 5PX

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

AFBI - Provision of Field Surveyors

Reference number

4625366

two.1.2) Main CPV code

  • 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services

two.1.3) Type of contract

Services

two.1.4) Short description

DAERA (Department for Agriculture, Environment and Rural Affairs) have commissioned a repeat of the NI Countryside Survey. Standard protocols will be followed, in line with the GB Countryside Survey, across a sample set of quarter kilometre (25ha) grid squares located throughout NI. The Centre for Ecology and Hydrology (CEH) in GB are leading the study, partnered by AFBI and QUB. The NI Countryside Survey provides a consistent long-term dataset for analysis of the effects of countryside, agricultural and other policies and pressures as drivers of change. The survey will be a repeat of the previous survey, commissioned in 2007, and will include a large soils component. AFBI wishes to establish a framework to engage a number of surveyors to complete vegetation and accompanying soil sampling for the DAERA NI Countryside Survey field surveys in 2023. Companies / consultants can provide more than one surveyor, or sole traders can apply independently. Please note that all proposed surveyors will be assessed independently.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £200,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

DAERA (Department for Agriculture, Environment and Rural Affairs) have commissioned a repeat of the NI Countryside Survey. Standard protocols will be followed, in line with the GB Countryside Survey, across a sample set of quarter kilometre (25ha) grid squares located throughout NI. The Centre for Ecology and Hydrology (CEH) in GB are leading the study, partnered by AFBI and QUB. The NI Countryside Survey provides a consistent long-term dataset for analysis of the effects of countryside, agricultural and other policies and pressures as drivers of change. The survey will be a repeat of the previous survey, commissioned in 2007, and will include a large soils component. AFBI wishes to establish a framework to engage a number of surveyors to complete vegetation and accompanying soil sampling for the DAERA NI Countryside Survey field surveys in 2023. Companies / consultants can provide more than one surveyor, or sole traders can apply independently. Please note that all proposed surveyors will be assessed independently.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Cost / Weighting: 40

two.2.11) Information about options

Options: Yes

Description of options

The Authority may extend the framework for a further period of up to 12 months.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-007370


Section five. Award of contract

Contract No

1

Title

Contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

16 May 2023

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 4

Number of tenders received from tenderers from other EU Member States: 3

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

FitzGerald Ecology

Newforge Lane

Dublin

BT9 5PX

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS code
  • UKN - Northern Ireland
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Tckecology

Tiernee, Lettermore, Co Galway, Ireland

Co Galway

H91CDK4

Email

Tckecology@gmail.com

Country

Ireland

NUTS code
  • IE - Ireland
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

ABDEcology

Slievemish Bungalow, Shanahill West, Castlemaine, Co. Kerry, Ireland

Castlemaine

V93A9C8

Email

abodecology@gmail.com

Country

Ireland

NUTS code
  • IE - Ireland
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £200,000

Total value of the contract/lot: £200,000


Section six. Complementary information

six.3) Additional information

Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a Notice of Unsatisfactory Performance and their place. on the contract may be terminated.. . The issue of a Notice of unsatisfactory Performance will result in the contractor being excluded from. all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a. period of twelve months from the date of issue of the Notice.

six.4) Procedures for review

six.4.1) Review body

The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended.

Belfast

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

CPD will comply with the Public Contracts Regulations 2015 (as amended) and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.